DEPARTMENT OF VETERANS AFFAIRS
NETWORK CONTRACTING OFFICE (NCO) 16
MICHAEL E. DEBAKEY VA MEDICAL CENTER (VAMC), HOUSTON, TEXAS
REQUEST FOR INFORMATION
36C25618Q9401
BACKGROUND:
The Houston VAMC has a requirement for the following brand name supplies: SEE BELOW
Manufacturer Stock # Item Description
SEE STATEMENT OF WORK ATTACHED
REQUESTED RESPONSES:
The intent of this Request for Information is to establish sources to define the procurement strategy (e.g set-aside, sole source, unrestricted) for a solicitation that VA intends to post in the near future. Interested contractors are requested to respond in accordance with the following:
1. Please respond to this RFI if you can provide the exact brand name products listed in the table in the background section above. In the response please cite your business size status.
a. If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response.
2. Please respond to this RFI if you can provide supplies that can be determined EQUIVALENT to the products listed in the table in the background section above. Please provide details on the proposed EQUIVALENT products such as Manufacturer Name, Part Number, and Description.
a. If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response.
b. Please note that VA is particularly interested in determining the availability of Small Business Manufacturers. If your company is a small business manufacturer of similar items, please respond to this RFI.
CONTACT INFORMATION AND RESPONSE DUE DATE:
Please email all responses to
[email protected]. 504-507-4148 Please respond to this RFI no later than May. 15, 2018.
DISCLAIMER: This RFI is issued solely for informational and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI.
Statement of Work
Service Care Line: Medical Care Line
Department: Cancer Center
Project: Armstrong Medical Cart
I. Introduction
The Axoi Lab.1 is used by the Rheumatology department to help determine gout for our veterans.
II. Project Scope
The microscope that is currently being used is at its end of life. The microscope was manufactured in the 1970 s and is no longer being supported. The end of support date for this equipment was 12/2000, therefore no spare parts, accessories, manuals and repairs are available.
III. Product Specifications and Quantities
Equipment
Manufacturer & Model
QTY
Unit Price
Ext. Price
Microscope stand Axio Lab.A1 HAL 35, 5
430037-9010-000
1
$1,460.00
$ 1,460.00
Halogen lamp 12V/35W 48865SP /OSRAM
000000-0425-360
3
$10.00
$30.00
Binocular tube 30ð/20 Bio
425522-9000-000
1
$433.00
$433.00
Dust cover L650xB270xH500 mm
415510-1901-000
1
$10.00
$10.00
A-Plan 5x/0.12 WD=10.1 M27
421030-9900-000
1
$270.00
$270.00
A-Plan 10x/0.25 WD=4.5 M27
421040-9900-000
1
$216.00
$216.00
A-Plan 20x/0.45 WD=0.46 M27
421050-9900-000
1
$292.00
$292.00
A-Plan 40x/0.65 WD=0.45 M27
421060-9900-000
1
$433.00
$433.00
Abbe Condensor 0.9/1.25 H Axio Lab
424227-9000-000
1
$189.00
$189.00
Eyepiece E-Pl 10x/20 Br foc
444232-9904-000
2
$233.00
$466.00
Folding Eyecup
444801-0000-000
2
$18.00
$36.00
Polarizer D Fixed w/ Rotating Red 1
445226-0000-000
1
$617.00
$617.00
Analyzer Slider D 6x20 f/ Skop 1 and 2
433605-0000-000
1
$675.00
$675.00
Shipping Charges
000000-1491-352
1
$107.00
$107.00
Final Pricing for Axio Lab.A1 for Gout Inspection:
Sub-Total all equipment ... .... $ 5,234.00
Labor, Engineering, Programming, Documentation, misc. materials,
cabling, connectors, shipping: . . $ 0.00
Total Labor & Equipment ............. $ 5,234.00
IV. Warranty and Support
The warranty and support must cover all components of the requirement in accordance with standard manufacturer s warranty.
V. General Information / Requirements
Hard copies of brochures for proposed equipment illustrating dimensions, pictures and materials shall be brand name or equal. Contractor shall provide 2 or 3-D drawings depicting typical with package.
All products shall have same or better warranty as comparable products above.
Delivery scheduling needs to be coordinated with COR.
Instruments should be shipped to the MEDVAMC.
Point of contact information:
Michael E DeBakey Medical Center
ATTN: Jeramy Blackmon, Supervisory Health System Specialist 4C-340A
2002 Holcombe Blvd
Houston TX 77030
Delivery:
Installation services will be coordinated with the COR. Details and updates can be coordinated with the COR, Jeramy Blackmon, MHA at (713) 791-1414 x26037.
The vendor will confine operations (including storage of materials) on Government premises to areas authorized and approved by the Contracting Officer and/or COR. The Contractor shall hold and save the Government, its officers and agents, free and harmless from liability of any nature occasioned by the Contractor s performance. Working space and space available shall be as determined by the COR.
Training:
The Contractor will be responsible for providing on-site user training of the Axio Lab.A1 for Gout Inspection. The contractor will be responsible for ensuring that proper training is provided prior to delivery of product.
Protection of Existing Structures, Equipment, Utilities, and Improvements:
The Contractor shall preserve and protect all structures and equipment on or adjacent to the work site. The Contractor shall replace at his own expense damage to such items to the satisfaction of the Contracting Officer.
Contractor shall take all measures and provide all materials necessary for protecting and preserving existing equipment and property in affected areas of installation against dust, debris and physical damage, so that equipment and affected areas to be used in MEDVAMC operations will not be hindered. Contractor shall permit access to VA personnel through installation areas as required for maintenance and normal MEDVAMC operations.
When the installation area is turned over to Contractor, Contractor shall accept entire responsibility therefore. Contractor shall maintain in operating condition, existing fire protection, alarm equipment and other operating equipment in the installation area. IT IS VERY IMPORTANT THAT ESSENTIAL AND LIFE SAFETY SYSTEMS BE CONTINUOUSLY MAINTAINED AND NOT INTERRUPTED WITHOUT TWO WEEKS PRIOR WRITTEN NOTICE AND APPROVAL FROM THE VA MEDICAL CENTER.
Sign-in Procedures:
All Contractor workers are required to sign in and out at the VA Police Dispatch at the corresponding locations as directed by the COR, or designee at each facility. A valid state driver s license or state identification card is mandatory for all employees to have access to these facilities. All contractor employees are required to wear the assigned VA badge always.
If after-hour key service is needed, contact VA Police Dispatch at 713-791-1414, extension 7106.
Work Hours:
Normal business hours are 7:30AM to 4:30PM Monday thru Friday excluding Federal Holidays. Work completed outside this time must be requested through the COR and approved by the CO.
Requests for after-hours work must be submitted in writing to the COR and CO and coordinated two (2) weeks prior to work. The VA requires that information submitted must contain: extent of work, workers involved, the affected areas, and the estimated times of operation.
Estimates:
Vendors will submit one quotation for the purchase and installation of the Axio Lab.A1 for Gout Inspection and match the requirements outlined in the RFQ. In the quotes, vendors will indicate whether their solution has MET, NOT MET or MET WITH QUALIFICATIONS for each line item in this document (MET WITH QUALIFICATIONS will require a detailed listing of non-compliance). In addition, vendors will complete the Instructions to Offertory s (ITO) and respond in detail to each question. Vendors are required to respond to each item individually in both documents. Include the specification/question number and text in your response document to facilitate review.
Bid Protests Not Available